+ All Categories
Home > Documents > MEMORANDUM - Home - Papio NRD Nebraska › wp-content › uploads › reports...Sep 02, 2016  ·...

MEMORANDUM - Home - Papio NRD Nebraska › wp-content › uploads › reports...Sep 02, 2016  ·...

Date post: 26-Jan-2021
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
22
Agenda Item: 7. MEMORANDUM TO: Programs, Projects and Operations Subcommittee SUBJECT: Phase VII of Engineering Contract with Olsson Associates for Professional Services for Pigeon/Jones Site 12 DATE: September 2, 2016 BY: Terry Schumacher, Land & Water Programs Coordinator In September of 2007, the P-MRNRD Board of Directors approved a contract with Olsson Associates for the Pigeon/Jones Site 15 Final Design in the amount of $534,573. The contract for Phase I included the design of the dam, design of the County road improvements, design of the downstream levees and the off-line storage area. In March of 2009, the Phase I contract was amended to include $51,300 for additional design of the dam using new Probable Maximum Precipitation values and preparation of a Nebraska Environmental Trust application. The Phase II Amendment to the contract was approved in July of 2009 for an additional $513,000. Phase II not only provided additional fees for environmental permitting and final land rights survey, but added new services for recreation area design and a subcontract with Midwest Right of Way to assist in land rights acquisitions. Phase III, approved in October 2010 for $114,150, only pertained to preliminary design services for upstream sediment and grade control structures and was partially funded by an EPA Section 319 Grant through NDEQ. Phase IV, $340,980, was approved in April of 2012 to provide administration, observation and testing for construction of the Phase I design: including the dam, county roads, in-lake fisheries, levee and offline storage. Like the amendment addressed by this memo, construction services were approved in a separate phase once construction plans were complete so that services could be better prescribed and estimated. Phase V was approved in March of 2013 for $179,000. This amendment covered increased costs in the design of the recreation area and provided additional funding to continue the design of upstream sediment and grade control structures supported by additional 319 Grant funding.
Transcript
  • Agenda Item: 7.

    MEMORANDUM TO: Programs, Projects and Operations Subcommittee

    SUBJECT: Phase VII of Engineering Contract with Olsson Associates for Professional Services for Pigeon/Jones Site 12

    DATE: September 2, 2016 BY: Terry Schumacher, Land & Water Programs Coordinator

    In September of 2007, the P-MRNRD Board of Directors approved a contract with Olsson Associates for the Pigeon/Jones Site 15 Final Design in the amount of $534,573. The contract for Phase I included the design of the dam, design of the County road improvements, design of the downstream levees and the off-line storage area. In March of 2009, the Phase I contract was amended to include $51,300 for additional design of the dam using new Probable Maximum Precipitation values and preparation of a Nebraska Environmental Trust application. The Phase II Amendment to the contract was approved in July of 2009 for an additional $513,000. Phase II not only provided additional fees for environmental permitting and final land rights survey, but added new services for recreation area design and a subcontract with Midwest Right of Way to assist in land rights acquisitions. Phase III, approved in October 2010 for $114,150, only pertained to preliminary design services for upstream sediment and grade control structures and was partially funded by an EPA Section 319 Grant through NDEQ. Phase IV, $340,980, was approved in April of 2012 to provide administration, observation and testing for construction of the Phase I design: including the dam, county roads, in-lake fisheries, levee and offline storage. Like the amendment addressed by this memo, construction services were approved in a separate phase once construction plans were complete so that services could be better prescribed and estimated. Phase V was approved in March of 2013 for $179,000. This amendment covered increased costs in the design of the recreation area and provided additional funding to continue the design of upstream sediment and grade control structures supported by additional 319 Grant funding.

  • Phase VI was approved in April of 2014 for $142,270.00 for services necessary to provide construction administration and inspection of the recreation facilities at Kramper Lake. These services included contract administration, field survey, field observation and documentation and a migratory bird nesting survey. This approval increased the professional services contract with Olsson Associates for Pigeon Jones Site 15 project to a not to exceed amount of $1,875,853.00. The proposed Phase VII would provide for final design, permitting and construction administration services for Pigeon/Jones Site 12 and construction administration services for Pigeon/Jones Site 16. Attached is a letter from Olsson Associates that explains in detail their request for additional professional services, in the not to exceed amount of $389,000.00. If approved, it would increase the overall project contract to a not to exceed amount of $2,264,853.00.

    Management recommends that the Subcommittee recommend to the

    Board of Directors that the General Manager be authorized to execute

    an amendment to increase the maximum, not to exceed amount of the

    professional services contract with Olsson Associates for the Pigeon

    Jones Site 15 Project, to $2,264,853.00, subject to changes deemed

    necessary by General Manager and approval as to form by District legal

    counsel.

  • 601 P Street, Suite 200 TEL 402.474.6311 Lincoln, NE 68508 FAX 402.474.5160 www.olssonassociates.com

    G:\Lincoln\Admin\LETPROP\Resources\Papio Site 12 Dam\Design Amendment\Sept 2016\16-08-31_WTRS AMD $382,000\Letter 20160901.doc

    1 of 2

    September 2, 2016 Mr. Terry Schumacher Papio-Missouri River NRD 8901 S. 154th Street Omaha, NE 68138-3621 Re: Pigeon Jones Creek Dam Site 15 Phase VII Services PJ-12 Design and Construction Services PJ-16 Construction Services OA Project No. 007-1658 Dear Mr. Schumacher, The purpose of this letter is to request an amendment to the above referenced project for additional services necessary to provide final design and construction services for Pigeon/Jones Creek Site 12 and construction services for Pigeon/Jones Creek Site 16. At this time Olsson is requesting $389,000.00. This project has been completed in several phases and is summarized below: Phase I Design and planning – Oct 2007: $534,573.00 Phase I Design Amendment – Mar 2009: $ 51,380.00 Phase II Amendment – July 2009: $531,000.00 Phase III Upstream Structures – Oct 2010: $114,150.00 Phase IV Construction – April 2010: $340,980.00 Phase V Rec Design and 319 Structures – Mar 2013: $179,500.00 Phase VI Amendment Construction Services – Feb 2014 $142,270.00

    Total Contract Cost: $1,875,853.00 This phase of the project is for the Final Design and Construction Services for Pigeon/Jones Creek Site 12 and Construction Services for Pigeon/Jones Creek Site 16. A detailed scope of services and fee breakdown is attached to this letter. A summary of the tasks is provided below. Phase 100, Project management services Phase 200, Survey services including survey, site plan, and land rights maps Phase 300, Geotechnical investigation Phase 400, Environmental permitting including wetland delineation and 404 permit Phase 500, Final Design of road dam Phase 600, Construction services Phase 700, PJ-16 Construction services

  • 601 P Street, Suite 200 TEL 402.474.6311 Lincoln, NE 68508 FAX 402.474.5160 www.olssonassociates.com

    G:\Lincoln\Admin\LETPROP\Resources\Papio Site 12 Dam\Design Amendment\Sept 2016\16-08-31_WTRS AMD $382,000\Letter 20160901.doc

    2 of 2

    Thank you for your consideration of our proposal. Please feel free to contact me with any questions you may have. Sincerely, Michael W. Placke Olsson Associates Attachments: Scope of Services Fee Breakdown Schedule Appendix K

  • Page 1 of 15

    SCOPE OF SERVICES

    This exhibit is hereby attached to and made a part of the Letter Agreement for Professional Services dated September 13, 2007 between Papio-Missouri River Natural Resources District (P-MRNRD) (“Client”) and Olsson Associates (“Olsson”) providing for professional services. Olsson’s Scope of Services for the Agreement is indicated below. PROJECT DESCRIPTION AND LOCATION Project will be located at: Dakota County, Nebraska Project Description: Pigeon/Jones Creek Site 12 Final Design

    and Construction Services Pigeon Jones Site 16 Construction Services SCOPE OF SERVICES Olsson shall provide the following services (Scope of Services) to Client for the Project:

    DESIGN SERVICES Phase 100 – Project Management This component involves a Project Manager from Olsson to work with the P-MRNRD’s Project Manager to ensure the timely completion of quality work products within available budgetary resources. Olsson will be responsible for:

    Task 101 – Project Management • Establishing and maintaining project schedule and budget. • Define individual tasks and establish cost and schedule of each task. • Provide monthly status updates to the P-MRNRD primary contacts for the

    project.

    Task 102 – Project Meetings • Conduct a project initiation meeting with stakeholders to refine project scope,

    review the project site, identify specific goals, determine survey area, establish schedule for completion, and establish channels of communication. Olsson will prepare and distribute minutes of the meeting.

    • Conduct progress meetings throughout project. Four meetings are anticipated. • Conduct meetings with Nebraska Department of Natural Resources (NDNR) to

    ensure design meets state’s regulations for Dams.

    Time and expense basis anticipated fee - $15,200

    Phase 200 – Survey Services Task 201 – Survey Conduct a field survey to determine existing topographic features of the entire area of embankment, this will include spot elevations, and will provide one foot contours. Roadway and drive locations, electrical power lines, building structures,

  • Page 2 of 15

    trees, shrubs, fences, signs within the area shown on the 30% design plans will be surveyed. Upstream and downstream culvert crossings will be obtained.

    Task 202 – Prepare a Site Plan and Land Owner. Maps Prepare a site plan showing the information obtained during the filed survey. The utility locations will be determined by surveying the visible features and using record information from the utility owners. No underground exploration for the utilities will be provided. Horizontal control will be based upon Dakota County Coordinates and vertical control will be based NAVD 88 datum. Task 203 – Land Owner Maps Compile ownership information and establish property locations. Land owner easement maps will be prepared for the five parcels as indicated on the 30% design plans. A metes and bounds survey description will be prepared for the permanent structure easement.

    Time and expense basis anticipated fee - $17,900

    Phase 300 – Geotechnical Services Task 301 – Geotechnical Investigation • DRILLING SERVICES - Field Exploration

    o Olsson proposes to use a truck-mounted drill rig to complete the following soil test borings and Electronic Cone Penetration (CPT) holes for the geotechnical investigation. • Two (2) soil test borings to depths of 110 feet each. • One (1) soil test boring to a depth of 100 feet. • One (1) soil test boring to a depth of 80 feet. • One (1) soil test boring to a depth of 70 feet. • One (1) soil test boring to a depth of 65 feet. • Two (2) soil test borings to depths of 60 feet each. • One (1) soil test boring to a depth of 55 feet. • One (1) soil test boring to a depth of 50 feet. • One (1) soil test boring to a depth of 40 feet. • Two (2) soil test borings to depths of 25 feet each. • Four (4) soil test borings to depths of 20 feet each. • Six (6) CPT test holes to accompany the above soil test borings at

    depths listed below: o Two (2) to a depth of 110 feet each. o One (1) to a depth of 100 feet. o One (1) to a depth of 80 feet. o One (1) to a depth of 70 feet. o One (1) to a depth of 60 feet.

    • The soil borings will be advanced to the depths proposed, or to refusal, whichever is shallower. This proposal is based on a total drilling footage of 930 linear feet and approximately 530 linear feet of CPT.

    o Contact Diggers Hotline of Nebraska to locate underground utilities. To insure the safety of the crew on site, Owner must inform Olsson the location of all private utilities and private utility service connections. Cost of locating private utility lines and private service connections shall be Owner’s responsibility. Olsson is not responsible or liable for damage to any private utility or private service connection.

  • Page 3 of 15

    o All boring locations must be readily accessible. Any cost of making boring locations accessible is Owner’s responsibility. Olsson will not perform work until boring locations are accessible and acceptable to Olsson’s satisfaction.

    o Drilling rigs are heavy equipment. Disturbance of natural surroundings including but not limited to soil indentations, concrete cracking and damage to underground sprinkler systems, may occur. Olsson shall not be liable or responsible for any site disturbance that may occur as a result of bringing equipment on site. Owner accepts full responsibility for site disturbance.

    o Sampling of soils in general accordance with ASTM D-1586 and ATSM D-1587.

    o Obtain groundwater levels in the test borings at the time of drilling and upon completion of the drilling operations.

    • Geotechnical Services - Laboratory Services o As soil conditions dictate, laboratory testing may include visual soil

    classification (ASTM D-2488), unconfined compression tests (ASTM D-2166), thin-walled tube density tests (ASTM D-2937), moisture content tests (ASTM D-2216), Atterberg limit tests (ASTM D4318), a Standard Proctor test (ASTM D-698), a one-dimensional consolidation test (ASTM D-2435), crumb, pinhole, permeability, and triaxial testing.

    • Geotechnical Services - Engineering Analysis and Report Preparation o Settlement analysis to evaluate the total and differential settlement

    anticipated along the dam centerline. Recommendations regarding fill height to account for the settlement will be provided along with any remedial measures necessary to address potential cracking related to excessive differential settlement.

    o Analysis of the seepage potential through the dam embankment and underlying alluvial soils. For water budgeting purposes, estimated seepage rates through the embankment and foundation will be provided.

    o Slope stability analysis will be performed for the following conditions: steady state seepage, seismic, rapid drawdown and end of construction.

    o Discussion of the effects of the structural fill placement on the existing soil strata.

    o Recommendations regarding the thickness, moisture and compaction criteria of any backfill or embankment fill.

    o Discussion of anticipated groundwater concerns, along with recommendations for addressing these concerns during construction, if required.

    Time and expense basis anticipated fee - $82,950

    Phase 400 – Environmental Permitting

    Task 401 – Wetland Delineation

    • A delineation of potential wetlands and other waters on the project study area will be completed. The delineation will be conducted for the proposed dam, spillway, and inundated area as shown on Sheet 2 of 10 of the preliminary (30% design) reservoir plan drawings. If additional areas require survey, additional fees may be required.

    • The delineation effort will include a review of existing data including USGS 7.5 minute topographical maps, National Hydrography Dataset

  • Page 4 of 15

    information, National Wetland Inventory maps, soil survey data, and aerial photographs, as well as a field investigation.

    • The field investigation will follow methodology of the U.S. Army Corps of Engineers Wetlands Delineation Manual (1987); regional Supplement 2010 (Midwest Region) with investigation of hydrology, vegetation, and soils.

    • In addition, the delineation will include photography of wetlands, other waters, and upland areas. Wetland boundaries and stream channels will be identified with GPS equipment, and a map showing the extent of wetlands and other waters of the U.S. will be developed.

    • A jurisdictional wetland report will be prepared documenting the findings. The report will include color photographs of the site, copies of data sheets, maps depicting the location, acreage, and Cowardin classification.

    • In addition, a preliminary TES critical habitat will be identified during the wetland investigation and described in the report. This project will not include a detailed survey for Threatened and Endangered Species and/or critical habitat. Any detailed surveys required by state and/or federal agencies will require additional fees.

    Task 402 – 404 Permitting

    • Based on preliminary project design, an Individual Section 404 permit is likely required. Olsson will facilitate a pre-application meeting with the USACE upon completion of the wetland delineation. A permit application will be prepared and will include a project purpose and need, alternatives analysis, and 12-point mitigation plan. The project purpose and need will be prepared based on information obtained from the PMRNRD and will be the basis for the project action.

    • The alternatives analysis will be prepared to demonstrate the project presents the Least Environmental Damaging Practicable Alternative (LEDPA). If the proposed design does not appear to be the LEDPA, Olsson will coordinate with the PMRNRD and USACE to identify potential minimization measures. Potential mitigation will be evaluated during the permitting process and will be the basis for a conceptual mitigation plan. The conceptual mitigation plan will be presented to the PMRNRD. Upon approval of the plan from the PMRNRD, a 12-point mitigation plan will be prepared and submitted to the USACE as part of the permit application.

    • Olsson anticipates approximately 4 meetings with the PMRNRD and USACE will be required throughout the permitting process. Olsson will facilitate these meetings, although they will occur at the Lake Wehrspann office.

    • Based on prior project experience, the potential to obtain a waiver of the 300-foot maximum stream impact is possible. During the pre-application meeting, Olsson will present the information to the USACE to determine if a waiver is possible. If the USACE determines a waiver may be possible, Olsson will prepare a waiver request so the project can proceed as a Nationwide Permit.

    Time and expense basis anticipated fee - $63,900

  • Page 5 of 15

    Phase 500 – Final Design and Construction Documents This component involves the design of the Pigeon/Jones Site 12 Dam.

    Task 501 – Final Hydrologic Analysis Olsson will review the preliminary hydrology and routing completed and finalize for use during final design. Modifications will be made prior to completing dam design. Task 502 – County Roadway Design Olsson will design the dam as a “Road Dam”. The top of the dam will be utilized as an unimproved county road after the completion of the dam. The road will be designed as an unimproved (minimum maintenance) road. After discussions with the NRD and the County, it is assumed that the maximum (design) speed will be 20 miles per hour. It is possible that the State will need to be petitioned for a relaxation of standards for this structure. Task 503 – Final Design and Construction Documents Olsson will prepare detailed drawings and technical specifications based on the 30% preliminary design plans for the proposed construction work and for equipment and materials required under the Agreement, generally the construction plans will include the following:

    • General reservoir layout and grading plans • Auxiliary spillway alignment • Auxiliary spillway plan and profile • Principal spillway alignment • Principal spillway plan and profile • Cross sections for spillways and dam embankment • Outlet details • Erosion control details • Typical county road details • Additional Details • It is assumed that NPPD will modify power lines as needed prior to

    construction and this information will be provided to Olsson for inclusion in the design and plans

    • Technical specifications

    Task 504 – Quality Control/Quality Assurance Olsson will conduct internal quality reviews at the 60 and 90 percent design stages. Task 505 – Permitting Olsson will prepare exhibits and letters for use obtaining the following permits. • Floodplain Development Permit • NPDES Permit – Storm Water Pollution Prevention Plan (SWPPP) will be

    developed • Nebraska Department of Natural Resources (DNR) Dam Approval

  • Page 6 of 15

    Task 506 – Emergency Action Plan and Operations and Maintenance Manual (O&M) Olsson will prepare an Emergency Action Plan (EAP) and O&M manual and submit for approval once design is complete. The EAP will include the completed breach routing and analysis.

    Deliverables

    • 60% Submittal o Preliminary plan set o Preliminary Opinion of Probable Costs

    • Design drawings, specifications and opinion of probable costs for 90% Submittal and Final Bid Set Submittal.

    o Consultant will prepare and submit applicable permit applications and information prior to the Final Bid Set submittal. Consultant will work with regulatory agencies to address review comments and provide additional requested information.

    o Olsson will prepare bidding documents required to complete the bidding and contractor selection process, these will be provided after the Final Bid Set submittal. It is assumed that Front End documents will be EJCDC format.

    • Emergency Action Plan • Operation and maintenance manual

    Time and expense basis anticipated fee - $118,500

    Phase 600 – Construction Administration, Observation and Testing

    Task 601 – Bidding Services

    • Prepare Notice to Bidders and Issue Documents Olsson will coordinate the issuance of notices to bidders and the production and distribution of bidding documents. Notices will be placed in the official publications by the Client, and in bidding services known to provide data to contractors in the area. In addition, invitations will be mailed directly to contractors whom the project team and/or the Client know will be interested in the project. Documents will be available for inspection at Olsson offices.

    • Answer Questions and Prepare Addenda Olsson will coordinate answering questions raised by bidders. Addenda will be prepared, as required, to provide clarification to questions. The Client will be informed on a regular basis of any project changes resulting from bidders' questions.

    • Review and Evaluate Bids Olsson will attend the bid opening. All bids properly received will be reviewed. Any inconsistencies or irregularities found in the bids will be reported to the Client. Olsson will prepare a bid tabulation of bids received and will distribute the bid tabulation to all bidders. Olsson will evaluate the bids and make a written recommendation to the Client concerning contract award.

    • Conform Documents Conformed copies of the contract documents, including all insurance and bond forms, will be prepared by Olsson. Olsson will review the

  • Page 7 of 15

    documents to confirm that all procedures have been properly followed. Copies of the conformed documents will be provided to the Client for review. Approved copies will be distributed to the Client, the contractor, and Olsson. These documents form the official contract between the Client and the contractor, as well as the basis for all decisions concerning the work.

    Task 602 – Construction Management

    Olsson will perform Construction Management Services during the construction phase of the project. It is assumed for scoping purposes that construction will be a maximum of 90 working days. In the performance of these services, Olsson shall not have authority or responsibility to supervise, direct, or control the Contractor's work or the Contractor's means, methods, techniques, sequences, or procedures of construction. Olsson shall not have authority or responsibility for safety precautions and programs incident to the Contractor's work or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes or orders applicable to the Contractor furnishing and performing the work. Specific services to be performed by Olsson are as follows:

    • Pre-construction Conference

    Olsson will prepare an agenda and conduct a pre-construction conference. The pre-construction conference will include a discussion of the Contractor's tentative schedule, procedures for transmittal and review of the Contractor's submittals, processing payment applications, critical work sequencing, change orders, record documents, and the Contractor's responsibilities for safety and first aid. Procedures for dealing with unforeseen problems will be developed and discussed.

    • Progress Meetings Olsson will prepare an agenda and conduct progress meetings as needed to assist in resolution of conflicts and scheduling of the project. Progress meetings will include discussion of the Contractors construction schedule, site coordination and defects and deficiencies in the work of the Contractors.

    • Review Contractor's Submittals Olsson will review Contractor submittals, for equipment, materials, and construction. Submittals shall include all shop drawings, request for information and project correspondence. Submittals will be logged and date stamped upon receipt. All requests for variations from the contract documents will be reviewed with the Project Engineer and Owner before issuing an approval to the contractor. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto. Olsson will respond to fabrication and field questions and proposed changes and evaluate conflicts involving utilities

    • Pay Requests Review and process the Contractor's monthly payment requests, and forward to the Owner for payment.

    • Process Change Orders Olsson will coordinate the preparation of any change orders that are agreed to by the contract parties. Documentation to support the basis for the claim will be developed, as well as justification for change to the contract price. Olsson will review all change orders to ensure that the

  • Page 8 of 15

    Owner’s interests have been protected in the proceedings, and all change order requests will be discussed with the Owner before they are developed in final form.

    • Contract Document Clarification Clarify construction contract documents when requested by the Owner or Contractor. When authorized by the Owner and Contractor, Olsson may interpret construction contract drawings and specifications upon request by subcontractors and suppliers.

    • Weekly Summary Report Olsson will submit to the Owner weekly reports summarizing the progress of the project.

    • Project Files Olsson will set up and maintain appropriate project files related to the project. Included in the project file shall be all project correspondence, work change directives, change orders, meeting minutes, request for information, material certifications, test reports, weekly construction reports and project schedules.

    • Substantial Completion Upon receipt of written notification from the Contractor of substantial completion, schedule and attend a walk through to identify items to be completed or corrected prior to accepting substantial completion.

    • Final Completion Schedule and attend a final completion walk through to identify items requiring completion or correction prior to final payment.

    Task 603 – Construction Observation

    Olsson will furnish Construction Observation starting at the date of the Notice to Proceed. For scoping purposes, we have assumed a duration of 90 working days. Our scope includes 12 site visits by the construction manager and 60 site visits by construction technician. Olsson will observe the Contractor's work and perform the services listed below. Olsson shall not have the responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of Olsson. This service shall in no way relieve the Contractor of complete supervision of the work or the Contractor's obligation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Specific services performed by Olsson are as follows:

    • Construction Reporting

    Olsson will complete weekly construction reports and a hand written diary containing a summary of the Contractor's progress, general conditions of the work, problems & resolutions or proposed resolutions and weekly quantities.

    • Project Documentation Compile documentation to support the basis of all Requests For Information (RFI), Field Orders, Work Change Directives, and Change Orders. Olsson will prepare and keep detailed notes, computations and measurements; records of quantities of pay items constructed, test reports

  • Page 9 of 15

    or basis of acceptance of installed materials and a daily record of the Contractor’s operations.

    • Pay Requests o Verify quantities of stored materials and completed work. Prepare and process payment requests based on field verifications of quantities requested by the Contractor.

    • Field Observation Perform Field Observation of the general progress of the work to assist in determining if the work is proceeding in general accordance with the plans and specifications. All discrepancies will be reported to the Owner, Contractor, and Project Engineer. Project Engineer shall approve corrective measures prior to correcting work.

    • Utility Coordination Olsson will assist the general contractor with his coordination with all utility companies that are involved with the project on a weekly to resolve scheduling conflicts that could result in delays to the project schedule.

    • Substantial Completion Schedule and attend substantial completion walk through with the Owner, Contractor and Project Engineer. Prepare and distribute substantial completion punch list.

    • Final Completion Schedule and attend the final completion walk through with the Owner, Contractor and Project Engineer. Prepare and distribute final completion punch list.

    • Record Drawings Maintain record drawings and specifications based on site observation and the Contractor’s record drawings. This information will be combined and one set of redlined record drawings will be provided to the Owner at the completion of the project. Electronic files of the record drawings are not included in this scope of work.

    Task 604 – Materials Testing and Set Control Points

    Olsson will establish up to five (5) control points for the contractor to base his construction off of. Horizontal control will be based upon Dakota County Coordinates and vertical control will be based NAVD 88 datum. The testing and inspection scope is based off time and tests required to satisfy typical specifications related to the below referenced construction components of the project, which may change as more information becomes available:

    • Embankment Fill • Construction of Drainage Structure Improvements

    o Concrete Pipe Structures • Pipe and Joint Pressure Testing • On-site Testing Services

    Soil o Evaluate and sample on-site or borrow material to be used during controlled fill and backfill operations. o Monitor and evaluate exposed subgrades prior to controlled fill placement or concrete placement.

  • Page 10 of 15

    o Provide a technician to monitor and perform field density tests on the control fill and backfill operations within construction limits. Concrete o Provide an inspector/technician during concrete operations within the scoped site visits. Technician will sample and test the concrete for slump, air, and temperature, and will make sets of 3 compressive strength specimens and 1 reserve specimen.

    • Special Inspections o Provide an inspector/technician on an as-required basis during construction of headwalls including forming and rebar inspections, concrete testing, etc. o Provide an inspector/technician during plant and field pressure testing of pipe and joints per the project specifications and ASTM standards this assumes one test.

    • Laboratory Services o Laboratory testing to include visual soil classification (ASTM D-2488), standard Proctor (ASTM D-698), standard Proctor aggregate, aggregate sieve analysis (C-136) and Atterberg limit test (D-4318). o Compressive Strength testing of cast concrete cylinders will be performed and results forwarded to client.

    Task 605 – Geotechnical Observation

    • Olsson will be onsite one trip to observe keyway trench excavation and backfill operations, one trip for borrow area observations, and three trips for miscellaneous observations. In addition, Olsson anticipates having a senior engineer on site for various observations for up to three trips.

    Task 606 – Post Construction Services

    • Olsson will schedule and conduct the final completion walkthrough

    with the CLIENT and Contractor to identify items requiring completion or correction prior to final payment.

    • Olsson will conduct a site visit to conduct final completion walkthrough and review completion of “punch list” work.

    • Olsson will perform project closeout services. • Olsson will prepare record drawings, based on contractors’ “red lines”

    and site observation. This information will be combined and one set of redlined record drawings in PDF format on CD will be provided to the Owner at the completion of the project. (Updated electronic CAD files of the record drawings are not included in this scope of work).

    • Olsson will provide a final Operation and Maintenance manual at the completion of construction.

    Time and expense basis anticipated fee - $73,350

  • Page 11 of 15

    Phase 700 – PJ-16 Construction Phase Services This component involves the bidding and construction of the Pigeon/Jones Site 16 Dam

    Task 701 – Set Control Points for Contractor Olsson will set up to a maximum of five (5) reference points for construction of the work. Contractor shall be responsible for laying out of the work.

    Task 702 – Construction Management

    Olsson will perform Construction Management Services during the construction phase of the project. In the performance of these services, Olsson shall not have authority or responsibility to supervise, direct, or control the Contractor's work or the Contractor's means, methods, techniques, sequences, or procedures of construction. Olsson shall not have authority or responsibility for safety precautions and programs incident to the Contractor's work or for any failure of the Contractor to comply with laws, regulations, rules, ordinances, codes or orders applicable to the Contractor furnishing and performing the work. Specific services to be performed by Olsson are as follows:

    • Pre-construction Conference

    Olsson will prepare an agenda and conduct a pre-construction conference. The pre-construction conference will include a discussion of the Contractor's tentative schedule, procedures for transmittal and review of the Contractor's submittals, processing payment applications, critical work sequencing, change orders, record documents, and the Contractor's responsibilities for safety and first aid. Procedures for dealing with unforeseen problems will be developed and discussed.

    • Review Contractor’s Submittals Respond to fabrication and proposed changes Evaluate conflicts involving utilities Olsson will review Contractor submittals, for equipment, materials, and construction. Submittals shall include all shop drawings, request for information and project correspondence. Submittals will be logged and date stamped upon receipt. All requests for variations from the contract documents will be reviewed with the Project Engineer and Owner before issuing an approval to the contractor. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and programs incident thereto.

    • Pay Requests Review and process the Contractor's monthly payment requests, and forward to the Owner for payment.

    • Process Change Orders Olsson will coordinate the preparation of any change orders that are agreed to by the contract parties. Documentation to support the basis for the claim will be developed, as well as justification for change to the contract price. Olsson will review all change orders to ensure that the Owner’s interests have been protected in the proceedings, and all change order requests will be discussed with the Owner before they are developed in final form.

    • Contract Document Clarification Clarify construction contract documents when requested by the Owner or Contractor. When authorized by the Owner and Contractor, Olsson may

  • Page 12 of 15

    interpret construction contract drawings and specifications upon request by subcontractors and suppliers.

    • Project Files Olsson will set up and maintain appropriate project files related to the project. Included in the project file shall be all project correspondence, work change directives, change orders, meeting minutes, request for information, material certifications, test reports, weekly construction reports and project schedules.

    • Substantial Completion Upon receipt of written notification from the Contractor of substantial completion, schedule and attend a walk through to identify items to be completed or corrected prior to accepting substantial completion.

    • Final Completion Schedule and attend a final completion walk through to identify items requiring completion or correction prior to final payment.

    Task 703 – Construction Observation

    Olsson will furnish Construction Observation, starting at the date of the Notice to Proceed. For scoping purposed construction duration is assumed to be 60 working days and six site visits by the construction manager is assumed. Olsson will observe the Contractor's work and perform the services listed below. Olsson shall not have the responsibility for the superintendence of construction site conditions, safety, safe practices or unsafe practices or conditions, operation, equipment, or personnel other than employees of Olsson. This service shall in no way relieve the Contractor of complete supervision of the work or the Contractor's obligation for complete compliance with the drawings and specifications. The Contractor shall have sole responsibility for safety and for maintaining safe practices and avoiding unsafe practices or conditions. Olsson Specific services performed by Olsson are as follows:

    • Construction Reporting

    Olsson will complete field construction reports per each site visit containing a summary of the Contractor's progress, general conditions of the work, problems & resolutions or proposed resolutions and installed quantities. Olsson will prepare and distribute field reports from each site visit to Client.

    • Project Documentation Compile documentation to support the basis of all Requests For Information (RFI), Field Orders, Work Change Directives, and Change Orders. Olsson will prepare and keep detailed notes, computations and measurements; records of quantities of pay items constructed, test reports or basis of acceptance of installed materials and a daily record of the Contractor’s operations.

    • Pay Requests Verify quantities of stored materials and completed work. Prepare and process payment requests based on field verifications of quantities requested by the Contractor.

    • Field Observation Perform Field Observation of the general progress of the work to assist in determining if the work is proceeding in general accordance with the plans and specifications. All discrepancies will be reported to the Owner, Contractor, and Project Engineer. Project Engineer shall approve

  • Page 13 of 15

    corrective measures prior to correcting work. The anticipated site visits include: Estimated 60 Hours or (6) EA Site Visits

    • Utility Coordination Olsson will coordinate with all utility companies that are involved with the project on a weekly and/or as needed basis to resolve scheduling conflicts that could result in delays to the project schedule.

    • Substantial Completion Schedule and attend substantial completion walk through with the Owner, Contractor and Project Engineer. Prepare and distribute substantial completion punch list.

    • Final Completion Schedule and attend the final completion walk through with the Owner, Contractor and Project Engineer. Prepare and distribute final completion documents.

    • Record Drawings Maintain record drawings and specifications based on site observation and the Contractor’s record drawings. This information will be combined and one set of redlined record drawings will be provided to the Owner at the completion of the project. Electronic files of the record drawings are not included in this scope of work.

    Task 704 – Materials Testing

    The testing and inspection scope is based off time and tests required to satisfy typical specifications related to the below referenced construction components of the project, which may change as more information becomes available. The anticipated site visits include: Estimated (6) Hours or (4) EA Site Visits

    On-site Testing Services – Soil:

    • Evaluate and sample on-site or borrow material to be used during controlled fill and backfill operations.

    • Monitor and evaluate exposed subgrades prior to controlled fill placement or concrete placement.

    • Provide a technician to monitor and perform field density tests on the control fill and backfill operations within construction limits (as required).

    Laboratory Services • Laboratory testing to include visual soil classification (ASTM D-2488),

    standard Proctor (ASTM D-698), standard Proctor aggregate, aggregate sieve analysis (C-136) and Atterberg limit test (D-4318).

    Task 705 – Post Construction Services

    Olsson will schedule and conduct the final completion walkthrough with the CLIENT and Contractor to identify items requiring completion or correction prior to final payment. The anticipated site visits include: Estimated (9) Hours or (1) EA Site Visit

    Olsson will conduct a site visit to conduct final completion walkthrough and review completion of “punch list” work.

  • Page 14 of 15

    Olsson will perform project closeout services.

    Olsson will prepare record drawings, based on contractors’ “red lines” and site observation. This information will be combined and one set of redlined record drawings in PDF format on CD will be provided to the Owner at the completion of the project. (Updated electronic CAD files of the record drawings are not included in this scope of work).

    Time and expense basis not to exceed fee - $16,900

    Phase Description Fee 100 Project Management $15,200 200 Survey $17,900 300 Geotechnical Services $82,950 400 Environmental Permitting $63,900 500 Final Design and Construction Documents $118,500 600 Construction Administration, Observation and Testing $73,650 700 PJ-16 Construction Phase Services $16,900

    PJ-12 Total: $372,100 PJ-16 Total: $16,900

    TOTAL ALL PHASES FEE: $389,000.00

  • Page 15 of 15

    Should Client request work in addition to the Scope of Services, Olsson shall invoice Client for such additional services (Optional Additional Services) at the standard hourly billing labor rate charged for those employees actually performing the work, plus reimbursable expenses if any. Olsson shall not commence work on Optional Additional Services without Client’s prior written approval. Olsson agrees to provide all of its services in a timely, competent and professional manner, in accordance with applicable standards of care, for projects of similar geographic location, quality and scope. OLSSON ASSOCIATES, INC. By _____________________________ ____________________________ Brian P. Dunnigan Michael W. Placke If you accept this Scope of Services, please sign: Papio-Missouri River NRD “CLIENT” By _____________________________ Signature Print Name ______________________ Title ____________________________ Dated: _________________________

  • Date: Pigeon/Jones Site 12 and 16

    Job: 007-1658

    Phase/ Task Description of Work

    Phase 100 Project Management

    Task 101 Project Management

    Task 102 Project Meetings

    Phase 200 Survey Services

    Task 201 Survey

    Task 202 Site Plan

    Task 203 Land Rights Maps

    Phase 300 Site Investigation and Data Collection

    Task 301 Geotechnical Investigation

    Phase 400 Environmental Permitting

    Task 401 Wetland Delineation

    Task 401 404 Permitting

    Phase 500 Final Design

    Task 501 Final Hydrologic Analysis

    Task 502 County Roadway Design

    Task 503 Final Design and Construction Documents

    Task 504 Quality Control and Quality Assurance

    Task 505 Permitting (SWPPP, DNR, Floodplain)

    Task 506 EAP and O&M Manual

    Phase 600 Construction Services

    Task 601 Bidding Services

    Task 602 Construction Management

    Task 603 Construction Observation (12 trips)

    Task 604 Material Testing (60 trips at 6 hrs) And Set Control

    Task 605 Geotechnical Observation

    Task 606 Project Closeout

    Phase 700 PJ-16 Construction Services

    Task 701 Set Control Points for Contractor

    Task 702 Construction Management

    Task 703 Construction Observation

    Task 704 Material Testing

    Task 705 Post Construction Services

    July AugustSeptember October November December January February

    Pig

    eo

    n/J

    on

    es C

    reek

    Sit

    e 1

    6P

    igeo

    n/J

    on

    es C

    reek S

    ite 1

    2

    2016 2017

    September October November DecemberMarch April May June

  • Date: Pigeon/Jones Site 12Job: 007-1658

    Phase/ Task Description of WorkQA/QC

    Professional

    Project

    Manager

    Geotechnica

    l Manager

    Sr. Project

    Engineer

    Environmental

    Professional

    Sr.

    Environmental

    Scientist

    Project

    Constr.

    Manager

    Testing

    Project

    Manager

    Senior Field

    Repr.

    Associate

    Engineer

    Assistant

    Professiona

    l/Scientist

    DesignerDrill Crew

    and Rig

    Survey

    CAD

    Operator

    SurveyAdmin/

    Clerical

    Cons.

    Fee

    Travel,

    mile

    (Car)

    Travel,

    mile (Surv

    Vehicle)

    MealsPrints,

    eachMisc

    Total

    Fee

    $200.00 $150.00 $150.00 $150.00 $120.00 $140.00 $120.00 $85.00 $130.00 $115.00 $70.00 $65.00 $210.00 $90.00 $110.00 $80.00 $1.00 $0.58 $0.75 $1.00 $1.05 $1.00Placke Phillips Figard Simmons Osborn Claycomb C. White

    Phase 100 Project Management

    Task 101 Project Management 60.00 9,000.00$ Task 102 Project Meetings 40.00 500.00 6,287.50$

    Phase 100 Total 15,287.50$

    Phase 200 Survey Services

    Task 201 Survey 80.00 250.00 8,987.50$ Task 202 Site Plan 40.00 4,400.00$ Task 203 Land Rights Maps 2.00 2.00 16.00 18.00 6.00 4,500.00$

    Phase 200 Total 17,887.50$

    Phase 300 Site Investigation and Data Collection

    Task 301 Geotechnical Investigation 24.00 47.00 12.00 173.00 131.00 142.00 133.00 15.00 15.00 260.00 60.00 1500.00 82,937.50$ Phase 300 Total 82,937.50$

    Phase 400 Environmental Permitting

    Task 401 Wetland Delineation 10.00 30.00 30.00 9,300.00$ Task 401 404 Permitting 70.00 230.00 100.00 25.00 900.00 54,617.50$

    Phase 400 Total 63,917.50$

    Phase 500 Final Design

    Task 501 Final Hydrologic Analysis 20.00 30.00 6,450.00$ Task 502 County Roadway Design 8.00 16.00 30.00 7,050.00$ Task 503 Final Design and Construction Documents 120.00 124.00 330.00 35.00 500.00 500.00 78,162.50$ Task 504 Quality Control and Quality Assurance 24.00 10.00 10.00 40.00 12,600.00$ Task 505 Permitting (SWPPP, DNR, Floodplain) 40.00 6,000.00$ Task 506 EAP and O&M Manual 30.00 10.00 20.00 8,300.00$

    Phase 500 Total 118,562.50$

    Phase 600 Construction Services

    Task 601 Bidding Services 8.00 18.00 12.00 180.00 4,603.50$ Task 602 Construction Management 70.00 9,100.00$ Task 603 Construction Observation (12 trips) 120.00 1760.00 180.00 16,792.00$ Task 604 Material Testing (60 trips at 6 hrs) And Set Control 360.00 18.00 100.00 3150.00 35,805.00$ Task 605 Geotechnical Observation 180.00 103.50$ Task 606 Project Closeout 13.00 40.00 7,150.00$

    Phase 600 Total 73,554.00$

    Phase 700 PJ-16 Construction ServicesTask 701 Set Control Points for Contractor 18.00 100.00 2,055.00$ Task 702 Construction Management 10.00 28.00 2.00 5,020.00$ Task 703 Construction Observation 60.00 7,200.00$ Task 704 Material Testing 6.00 300.00 700.00 1,212.50$ Task 705 Post Construction Services 4.00 6.00 2.00 1,480.00$

    Phase 700 Total 16,967.50$

    24.0 449.0 47.0 194.0 260.0 130.0 134.0 366.0 248.0 583.0 131.0 142.0 133.0 31.0 174.0 97.0 300.0 4980.0 450.0 180.0 560.0 4650.0 389,114.00$

    G:\Lincoln\Admin\LETPROP\Resources\Papio Site 12 Dam\Design Amendment\Sept 2016\16-08-31_WTRS AMD $382,000\[PJ-12 Fee 2016 09 02.xlsx]WORKSHEET

    GRAND TOTAL

    TOTALSLABOR HOURS EXPENSES

  • Page 1 of 1 Pages

    Exhibit K – Amendment to Owner-Program Manager Agreement

    EJCDC E-582 Model Form of Agreement Between Owner and Program Manager.

    Copyright ©2004 National Society of Professional Engineers for EJCDC. All rights reserved.

    SUGGESTED FORMAT

    (for use with E-582, 2004 Edition)

    This is EXHIBIT K, consisting of 1 pages, referred to in

    and part of the Agreement between Owner and Program

    Manager dated October 4, 2007.

    Amendment to Owner-Program Manager Agreement

    1. Background Data:

    a.

    Effective Date of Owner-Program Manager Agreement:

    September 13, 2007

    b.

    Owner:

    Papio-Missouri River NRD

    c.

    Program Manager:

    Olsson Associates

    d.

    Program:

    PMRNRD Pigeon/Jones Creek Watershed Site 15 Final Design

    2. Nature of Amendment [Check those that are applicable and delete those that are

    inapplicable.]

    X Additional Services to be performed by Program Manager

    Modifications to Services of Program Manager

    Modifications to Responsibilities of Owner

    Modifications to Payment to Program Manager

    Modifications to Time(s) for rendering Services

    Modifications to other terms and conditions of the Agreement

    3. Description of Modifications

    Attached letter and enclosures to Terry Schumacher dated September 2, 2016 detailing the

    nature of the requested additional services.

    Owner and Program Manager hereby agree to modify the above-referenced Agreement as set forth in this

    Amendment. All provisions of the Agreement not modified by this or previous Amendments remain in

    effect. The Effective Date of this Amendment is September 12, 2016.

    OWNER: PROGRAM MANAGER:

    By:

    John Winkler

    By:

    Brian Dunnigan

    Title:

    General Manager

    Title:

    Team Leader

    Date Signed:

    Date Signed:


Recommended